Section one: Contracting authority
one.1) Name and addresses
Kent County Council
County Hall
Maidstone
ME14 1XQ
Contact
Miss Molly Roast
Telephone
+44 3000414141
Country
United Kingdom
Region code
UKJ4 - Kent
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.kentbusinessportal.org.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.kentbusinessportal.org.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
SC22212 – Waste Treatment and/or Final Disposal (WTFD) Services
Reference number
DN626154
two.1.2) Main CPV code
- 90510000 - Refuse disposal and treatment
two.1.3) Type of contract
Services
two.1.4) Short description
Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Lot No
1
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.
The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.
The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.
KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.
The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.
The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.
This contract is split into 'operational lots' based on regional requirements:
Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Possibility to extend the contract on a plus -12 months, plus - 12 months basis
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
2
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.
The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.
The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.
KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.
The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.
The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.
This contract is split into 'operational lots' based on regional requirements:
Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Possibility to extend the contract on a plus -12 months, plus - 12 months basis
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot No
3
two.2.2) Additional CPV code(s)
- 90500000 - Refuse and waste related services
two.2.3) Place of performance
NUTS codes
- UKJ4 - Kent
two.2.4) Description of the procurement
Kent County Council (KCC) wishes to enter into a contract or contracts for the provision of a waste treatment processing service for Bulky and non-Bulky Waste which is unable to be sent to the Energy from Waste (EfW) Plant and is derived from Household Waste Recycling Facilities, Transfer Stations and from Waste Collection Authorities.
The Facility operating the service must have valid and appropriate planning permission, environmental and other relevant permits including the technical competencies for the type and amount of waste to be handled under this Contract and otherwise all permissions and certification required for the performance of this Contract. The Service Provider must adhere to all current UK and EU legislation, including but not restricted to the Environmental Protection Act 1990, Health & Safety Act 1974 and the Persistent Organic Pollutant’s Guidance.
The Requirement includes receipt, handling, processing, treatment and/or disposal of the waste including any residues and does not include haulage from the Authority’s sites to the Supplier’s facility/ies.
KCC is seeking a solution to reduce its waste disposal costs; disposal should be via the most cost-effective method, without the use of landfill.
The Core Waste typically includes bulky from HWRCs and kerbside collections as well as fly-tipped waste, beach cleansing, street sweepings and marine carcasses. Additional waste is categorised as a contingency for residual waste unable to be disposed via the EfW during planned or unplanned events.
The overall estimated volume for this contract is up to 60,000 tonnes per annum. This is split into: Core Waste – 30,000 tonnes per annum; and Additional Waste - up to 30,000 tonnes per annum.
This contract is split into 'operational lots' based on regional requirements:
Lot 1 - West Kent (Core Waste - 11,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 2 - Mid Kent (Core Waste – 10,000 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Lot 3 - East Kent (Core Waste – 8,500 tonnes per annum, Additional Waste - up to 10,000 tonnes per annum)
Tenderers can bid for one or all Lots as well as any combination of Lots.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Possibility to extend the contract on a plus -12 months, plus - 12 months basis
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.4) Procedures for review
six.4.1) Review body
Kent County Council
County Hall
Maidstone
ME14 1XQ
Country
United Kingdom